South Yorkshire Fire and Rescue
Procurement Strategy and Policy
2018 – 2021
Functional Head: Stuart Booth, Director of Support Services
Date written: 01/11/2017
Date ratified by Functional Head: 06/11/2017
Date of next review: 01/07/2021
Version No: 1.3
EA Reviewed: Not applicable
1
Contents
Section Page Number
1 Introduction .................................................................................................................... 2
2 Executive Summary ....................................................................................................... 3
3 Background .................................................................................................................... 4
4 Procurement in South Yorkshire Fire & Rescue ............................................................. 5
5 Our Procurement Strategy ............................................................................................. 9
6 Our Policies ................................................................................................................. 10
6.1 Collaboration .................................................................................................. ……10
6.2 Sustainable Procurement ...................................................................................... 11
6.3 P2P Process ......................................................................................................... 11
6.4 Transparency ........................................................................................................ 11
7 Improving Procurement ................................................................................................ 12
8 Benefits ........................................................................................................................ 14
9 Our Action Plan ............................................................................................................ 15
2
1 Introduction
The authority’s vision is “To Make South Yorkshire Safer and Stronger”
A key consideration therefore when undertaking procurement exercises is:
“Safety & Reliability” when sourcing supplies and services.
Procurement is also integral to delivering commercially advantageous and innovative
solutions essential in meeting public expectations and in supporting front line emergency
services. In addition, to ensure the effective use of reduced resources and the delivery of
our corporate priorities as included within the Integrated Risk Management Plan (IRMP)
2017-20.
The purpose of this Procurement Strategy and Policy document is to inform suppliers of the
key principles that drive our procurements and to also provide a governance framework for
procurement activity throughout the authority whilst adhering to legislative and regulatory
requirements.
The section entitled “Our Action Plan” provides examples to illustrate our plans for the future
and commitment to continuous improvement.
The Strategy and Policy will be periodically reviewed to ensure continued relevance to the
environment and society in which we provide Emergency Services.
3
2 Executive Summary
South Yorkshire Fire and Rescue (SYFR) spends circa 80% of its’ non-staffing related
budget through national / regional framework agreements (that are lists of pre-approved
suppliers).
The remaining 20% is managed through invitations to quote / tender as per Public Contract
Regulations (PCRs) and Contract Standing Order (CSO) requirements. We aim to include
two local suppliers from within the South Yorkshire area to stimulate / support the local
economy.
We place more emphasis on quality/reliability (than price) when evaluating operationally
critical supplies and services; with overall value for money being achieved through
aggregation and leveraging of buying power with other public sector authorities (i.e.
collaborative / joint procurements).
There is a need for greater standardisation to enable more joint working between emergency
services and to reduce costs.
We effectively manage supply chain risks such that very few contracts or supply chains are
considered to pose a high risk to our emergency services.
In summary, the key drivers of the SYFR Procurement Strategy and Policy are:
Collaboration: with other blue light services and public sector authorities.
Quality weighted Value for Money: to emphasise the importance of “quality”
throughout the fire service.
Continuous Improvement: in our staff, systems, processes and supply chains.
The Executive Board have undertaken that future revisions to the Procurement Strategy &
Policy shall be progressed via the Corporate Advisory Group before being formally
presented to the Authority.
4
3 Background
SYFR employs circa 800 people that equates to 570 operational and the remainder being
support staff. We provide a 24/7 emergency service, operating 28 fire appliances from 21
fire stations. We have a central command and control centre at Headquarters in Sheffield
and a specialised Training and Development Centre in Handsworth, Sheffield.
SYFR currently expends around £7.5m revenue budget each year (£4m supplies and
services, £2.6m premises and £0.9m transport); and also an average of £2m each year on a
variety of works and other capital projects (excluding new build projects).
In March 2014, the Department for Communities and Local Government (DCLG) and the
National Fire Chiefs Council (NFCC) conducted joint research into “Fire and Rescue
Procurement Aggregation and Collaboration”. The report concluded:
There is a clear rationale for collaborative procurement and the case for
change is compelling. Fire and rescue authorities no longer have the
luxury of being able to buy alone - they need to work together to deliver
the best value for money, as well as share resources, knowledge and best
practice.
There is a high incidence of fire and rescue authorities developing different
product and service requirements and buying bespoke goods. This lack of
standardisation impedes collaborative procurement and may ultimately
impact on operational efficiency.
In August 2016, the Home Office analysed 25 common items of uniform and equipment and
concluded:
All 45 authorities in England provided data on their recent procurement.
5
The data shows authorities are paying similar prices for some standard items, and
that some are collaborating to strike better deals with suppliers.
However, authorities can do more collaboratively to drive down the amount they
pay on some of the essential goods they need to keep the public safe.
Furthermore, the financial challenges facing the public sector as a whole have been well
publicised and the resulting pressures on budgets are ongoing. We continue to deliver
responsive Emergency Services to the people of South Yorkshire in an efficient and effective
manner whilst managing significant budgetary pressures.
As a public sector body, we are subject to Public Contract Regulations (PCRs) that requires
all suppliers to be treated equally and without discrimination, and to act in a transparent and
proportionate manner without artificially distorting competition.
Our Contract Standing Orders and Financial Procedures provide a robust governance
framework; ensuring the authority’s financial affairs including obtaining competitive
quotations and tenders are conducted in a fair, open transparent and compliant manner and
ensure value for money is achieved.
4 Procurement in South Yorkshire Fire & Rescue We procure a wide variety of supplies, services and works from suppliers and contractors
that range from office supplies, building maintenance and computer systems through to
specialist operational fire fighting equipment, breathing apparatus and fire appliances. The
nature of our business makes it vital that we ensure the right supplies are in the right place
at the right time.
We work closely with partner organisations (including other blue light services and local
authorities) and suppliers to deliver a strategic and professional procurement service that
meets the needs of all our stakeholders. This enables us to share experiences, best
practice and management information critical to making informed procurement decisions.
6
We maintain a contracts register, which is used to manage our procurement activity. The
contracts register is updated regularly and can be accessed from our web site / home page
(www.syfire.gov.uk).
We award contracts based on the principle of “most economically advantageous tender”
(MEAT) which is a balance between quality and price. The quality of supplies and services
can be critical to the wellbeing of our firefighters and the safeguarding of the Public. It is
imperative that SYFR is capable of responding to emergency situations rapidly and without
any failures in processes, systems, supplies or equipment. As a general rule, our
procurement processes place greater emphasis on quality over price for operationally critical
supplies e.g. Personal Protection Equipment and Fire Appliances.
For non-critical supplies and services
price is of increased importance due
to budgetary pressures, but each
procurement exercise is appropriately
managed on a case-by-case basis,
with clear criteria being
communicated to each supplier at the
start of each procurement exercise.
7
The chart below shows the relationship between quality and price and the illustrative /
example weighting we may use for each category of spend e.g. for “ICT” we would usually
apply a weighting of 60% quality and 40% price.
QUALITY 70% 60% 50% 40% 30%
Operational Equipment
Personal Protection Equipment
Fleet
ICT
Construction & FM
Professional Services
Misc e.g. Office Supplies
30% 40% 50% 60% 70% PRICE
When contracts are awarded, the related supply chain is assessed for the level of residual
risk to the authority and scored as low, medium or high risk. Each contract is subsequently
managed commensurate with latent risks, available resources and the need for any further
risk mitigation.
The following table illustrates typical risk mitigation measures that may be employed for each
level of identified risk, e.g. where a particular supply chain is high risk, SYFR may choose to
increase the volume of stock held in stores to reduce our reliance on the supply chain and/or
may hold more frequent meetings with the supplier to plan and agree supply schedules etc.
Contract management plans are established per contract based upon the level of risk with
requirements included within individual contracts.
CONTRACT RISK ASSESSMENT CONTRACT MANAGEMEWNT
High Risk
(Typically – less than 5 contracts
reside in this category)
Close Supplier Liaison
Performance Management (inc KPI’s)
Appropriate Contractual Safeguards e.g. Parent Company Guarantees / Performance Bonds Fee Retention / Warranties
Alternative Suppliers Identified
Buffer stocks held in stores
Medium Risk
Supplier liaison
Performance Management & Monitoring
Appropriate Contractual Safeguards e.g. Parent Company Guarantees /
8
(Typically – less than 20 contracts
reside in this category)
Performance Bonds Fee Retention / Warranties
Buffer stocks held in stores
Low Risk
(Typically – the majority of
contracts reside in this category)
Light touch e.g. sample checks; occasional review meetings with suppliers etc.
The authority operates a central store for service critical supplies and this store helps
mitigate any short-term supply risks and enables rapid gearing up in emergency situations
that are large scale i.e. frequently required or prolonged in duration.
The authority operates a fleet of fire appliances and support vehicles that are maintained in-
house and to a high standard. The authority operates a workshop store that is co-located
with the vehicle servicing workshop and this arrangement enables vehicles to be turned
around and back in service without undue delay.
Both central stores and workshop stores are integral to the authority’s procurement strategy
to ensure delivery of the Integrated Risk Management Plan (i.e. corporate priorities).
9
5 Our Procurement Strategy
The estimated value of the procurement will determine which procedures are permitted
under Public Contract Regulations or as required by Contract Standing Orders.
Prior to undertaking a procurement exercise, the SYFR procurement team undertakes a
market and options analysis to identify the most appropriate route to market.
Primary considerations are given to prevailing market conditions and whether any pre-
tendered framework agreements exist, that have been awarded by other fire authorities or
through other public sector authorities that SYFR are permitted to utilise.
Provided that pre-tendered framework agreements offer best value for money, then SYFR
shall look to conclude contracts in accordance with the framework terms and conditions.
The benefits of using framework agreements:
provide greater collaboration (Regionally and Nationally) between other Fire and
Public Sector Authorities.
provide relatively quick and efficient procurement solutions that are compliant with
Public Contract Regulations.
offer better value for money as a result of combined buying power of the public
sector.
The frameworks we use most frequently include:
The National Fire Chief Council’s network:
CATEGORY LEAD AUTHORITY
Operational (Fire Fighting) Equipment West Midlands FRS
Fleet (Fire Appliances & Other Vehicles) Devon & Somerset FRS
Clothing (including PPE) Kent FRS
Construction and FM Nottinghamshire FRS
ICT London Fire Brigade
Professional Services Cambridgeshire FRS
And also:
Yorkshire Purchasing Organisation (YPO)
Eastern Shires Purchasing Organisation (ESPO)
National Health Service (NHS)
Crown Commercial Services (CCS)
YORBuild
YORCivils
10
Where framework agreements are not utilised, SFYR invites quotations and tenders direct
from the market in accordance with PCRs and CSO requirements in order to optimise
service delivery, quality and value for money.
Typically, SYFR places 80% of expenditure through collaborative framework agreements
and 20% through locally managed quotations / tenders.
6 Our Policies
6.1 Collaboration
Collaboration is one of the most effective procurement tools available to the public sector
and being a relatively small organisation in terms of expenditure. SYFR is able to achieve
economies of scale by collaborating through framework agreements with other public sector
authorities or jointly procuring requirements.
SYFR will endeavour to award contracts through framework agreements where these offer
demonstrable value for money and meet the needs of the authority. SYFR will contribute
knowledge and experience to framework development and thus increase the likelihood of the
agreements meeting our requirements.
If SYFR requirements cannot be adequately fulfilled through available framework
agreements, the authority will approach the market direct in compliance with legislative and
regulatory requirements.
11
6.2 Sustainable Procurement Sustainable procurement involves procuring supplies, services and works with due
consideration at the planning stage to the Social Value Act and in particular to
environmental, economic and social factors. Where relevant to the procurement, a minimum
weighting of 5% for each factor will be included within the quality evaluation criteria and
applied. Additionally:
When inviting quotations & tenders we aim to invite two local suppliers from the
South Yorkshire region to participate.
In protecting the environment, our contract specifications and operating procedures
aim to safeguard the natural environment and avoid any adverse consequences.
The authority works closely with charities and employment agencies to create
apprenticeships, volunteering opportunities and work experience placements.
6.3 P2P Process
SYFR aims to establish a paperless Purchase-to-Pay (P2P) process in order to automate,
streamline and maximise the efficiency of the transaction process whilst reducing impact on
the environment and natural resources.
Suppliers will be increasingly encouraged to accept email Purchase Orders / Remittance
Advices and to submit invoices, either electronically or as PDF email attachments.
6.4 Transparency
The Government’s Transparency Code requires local authorities (including fire and rescue
authorities) to publish details of expenditure as follows:
details of each individual item of expenditure that exceeds £500.
details of every transaction / payment made using a Government Purchasing Card.
details of current contracts and framework agreements with a total value in excess of
£5k.
Each of the above information is published quarterly and can be located from our website
home page (www.syfire.gov.uk).
12
When advertising contract opportunities direct to the market (and not via framework
agreements), SYFR uses the following channels:
Procurement Values Advertising Channel
Comment
£5k - £25k * unless open competition is considered appropriate
YORtender Yorkshire and Humberside tendering portal with national access
£25k to Regulation thresholds:- * £181k – supplies & services * £4.5m - works
YORtender Contracts Finder
Contracts Finder is a Government sponsored portal
Above Regulation thresholds YORtender Contracts Finder OJEU
Official Journal of the European Union (OJEU)
YORtender (www.yortender.com) is free for suppliers to register and to receive automatic
alerts to public sector opportunities.
For values below £5k, all quotations and related documentation / correspondence shall be
saved electronically in the Purchase Order file in the Integra Financial System and stored for
a minimum period of 5 years.
For values of £5k and above, all quotations, tenders and related documentation /
correspondence shall be saved electronically in YORtenders for a minimum period of 5
years or the duration of the contract + 1 year (whichever is the longest).
7 Improving Procurement
The procurement service within SYFR is undergoing change in order to meet external
challenges and to better align with the general direction of travel of the public sector. A few
examples are included for illustrative purposes in the last section of this strategy document.
Professional procurement leadership has been commissioned to plan and drive through
much needed change and improvements.
Delegated authority to departments (Head of Service) permits purchase orders to be raised
against established contracts or to seek quotations up to an estimated max. of £25k. (The
use of YORtender is mandated for procurements above £5k). This threshold has been
reduced from £100k to establish greater control.
All procurements valued over £25k are now managed centrally by the procurement team.
The increased workload for the procurement team, resultant of the centralisation of
procurement activity is offset by greater public sector collaboration and use of framework
agreements; which also offers the SYFR procurement team time to focus more on forward
13
planning, market strategies, adding value to the overall process & outcomes, risk and
contract management.
New skills and competencies are needed to support this dynamic shift in focus and to attain
procurement best practice.
The Purchase-to-Pay system (Integra) is undergoing significant refresh and reconfiguration
to streamline the process, increase governance and enhance business intelligence and
management reporting to inform decisions and monitor compliance.
The E-procurement system (YORtenders) is being enhanced with the introduction of “quick
quotes” which will result in the user experience being as quick and easy as using email
whilst ensuring for a fair, open and transparent process.
The master vendor database has been rationalised and will be further reduced by 20%
through supply chain aggregation for better value and reduced administration costs.
The two stores will be restructured to provide for increased staffing, business continuity and
resilience and to introduce more flexible working. Supply chains will be re-engineered and
improved where opportunities arise to provide for effective supply processes.
New working procedures and standards have been introduced that places more emphasis
on proactive forward procurement planning for value for money outcomes as opposed to
reactive repetitive and disaggregated purchasing.
The above changes will be implemented by Q1 (Apr-June) of 2018/19 and further embedded
throughout Q2 (July-Sept).
14
8 Benefits
Implementation of our Procurement Strategy and Policies is expected to deliver and
evidence the following key business benefits:
Regulatory Compliance (i.e. PCRs and CSOs)
Reputation Protection by applying the principles of fairness, openness and
transparency
Maintain Quality (i.e. quality & reliability of supplies)
Transparency (i.e. publication requirements)
Total Cost Reduction through efficient procurement (i.e. value for money)
Improved Service Levels
Supply Chain Risk Mitigation / Management
Purchase-to-Pay Efficiencies
15
9 Our Action Plan
Topics: Projects: Comments
Key Procurement Projects
Small Emergency Fire Appliance This is new prototype fire appliance that is smaller than the standard size and intended to compliment the authority’s emergency response capability.
Integrated Facilities Management (FM) All SYFR buildings and estates assets will be rolled up into a single managed service contract to rationalise the supply chain and achieve better value for money and responsiveness.
Personal Protective Equipment (PPE) The existing PPE managed service contract is due for renewal and SYFR will be updating its requirements specifications before awarding a new contract.
New Build Barnsley Fire Station The existing fire station at Barnsley will be replaced with a new build station. Currently at outline design stage.
Close Proximity Crewing (CPC) Accommodation The construction of accommodation blocks at four strategic sites to enable fire crews to live on-site next to the fire station.
Systems & Processes
Update and Optimise the Purchase-to-Pay system (Integra)
Introducing new functionality i.e. to manage fire-fighter clothing entitlements, budget management etc and to increase efficiency.
Finalise moves to a paperless process (Purchase Orders, Supplier Invoices, Payments and Remittance Advice)
All suppliers must provide an email address for PO’s and Remittance Advices. Invoices must be submitted as email PDF attachments or as e-invoices. Payment by BACS.
16
Reduce active Supplier numbers by 20% to below 1,000
Spend with suppliers below £500 pa will be reviewed for potential aggregation. Estates services will be merged into the Integrated FM contract.
Introduce “Quick Quotes” module to YOR tenders.
To enable buyers in departments to simply and quickly request “quotations” and suppliers to quickly respond.
People
Strengthen Procurement Leadership and Strategy
To restructure the procurement team’s roles, responsibilities; ensuring appropriate skills and competencies are inherent, and achievement measured against.
Invest in the development of staff to ensure professional and governance standards are consistently upheld and best practice routinely adopted.
Procurement staff will be required to engage in continuous professional development (CPD). Buyers and staff in departments will receive ongoing refresher training.
Undertake an expenditure analysis and implement a category management approach.
Spend analysis will reveal opportunities for further collaboration and the rationalisation of supply chains.
Introduce procurement related performance & compliance indicators.
Spend through compliant arrangements will be measured and reported. Spend against contract award values will be monitored and reported. Savings will be captured and reported.